ContractSolicitation

Cloud Based Internet Isolation Service

DEPT OF DEFENSE HC108426R0005
Response Deadline
Mar 30, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The Defense Information Systems Agency, on behalf of the Department of Defense, is seeking a cloud-based internet isolation managed service using Menlo Security’s Cloud Browser to provide remote browsing protection and expand cybersecurity capabilities. The work covers renewal of existing subscription licenses, purchase of new licenses, and addition of the HEAT Shield AI/ML capability, with support for the current CBII environment serving millions of users. The requirement emphasizes a brand-name Menlo Security solution offered through an authorized reseller, compliance with FedRAMP+ Level 2 expectations, interoperability with DODIN and DISA systems, and a lowest-price-technically-acceptable evaluation approach with oral and written proposal components. Proposals are due March 30, 2026 at 12:00 PM CST, with additional questions due March 26, 2026 at 10:00 AM CST.

Classification Codes

NAICS Code
541519
Other Computer Related Services
PSC Code
DA10
IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE

Solicitation Documents

31 Files
Attachment 9 RFP Questions and Answers Template.xlsx
Excel25 KBMar 6, 2026
AI Summary
The document outlines instructions for contractors to submit questions, comments, and recommendations regarding Request for Proposal (RFP) No. HC108426R0005. Contractors must use a specific Q&A spreadsheet format, completing columns for page number, section/paragraph, CLIN/Clause/Other identifiers, and the question/comment itself. The instructions emphasize adhering to the specified format and providing clear, topic-referenced inquiries to streamline the government's response process. The document provides sample entries to guide contractors in properly formatting their submissions, ensuring all feedback is systematically captured and addressed.
Attachment 4 CDRLS_Exhibit A.pdf
PDF89 KBMar 6, 2026
AI Summary
The provided government file indicates that the document content could not be displayed. It advises the user to upgrade their PDF viewer to the latest version of Adobe Reader for Windows, Mac, or Linux, providing links for download and further assistance. The file also includes trademark information for Windows, Mac, and Linux. This suggests the original document was likely a PDF that could not be rendered, and the file serves as a troubleshooting guide rather than containing substantive government information relevant to RFPs, grants, or similar topics.
Attachment 2 QASP dated 2.23.2026.docx
Word63 KBMar 6, 2026
AI Summary
This Quality Assurance Surveillance Plan (QASP) outlines the systematic method for evaluating performance under the Cloud Based Internet Isolation (CBII) Service contract. It details what will be monitored, how, by whom, and how results will be documented. The QASP is a "living document" subject to revisions. Key roles include the Program/Project Manager (PM), Contracting Officer (KO), and Contracting Officer's Representative (COR), with the COR primarily responsible for technical oversight and performance assessment using this QASP. Surveillance methods include Random Sampling for recurring tasks and Periodic Inspection for infrequent, predictable activities. The document includes a Surveillance Matrix, Performance Standards with Acceptable Quality Levels (AQLs), and methods of calculation. It also describes procedures for documenting acceptable and unacceptable performance, including Performance Assessment Reports (PARs) and Corrective Action Reports (CARs). Compliance with regulatory items, such as those related to combating human trafficking and whistleblower rights, is also addressed. Contractor performance will be rated using categories from Exceptional to Unsatisfactory, consistent with CPAR ratings.
Attachment 1 CBII PWS.docx
Word153 KBMar 6, 2026
AI Summary
The Department of War (DoW) requires a Cloud-Based Internet Isolation (CBII) Managed Service, leveraging Menlo Security, Inc.'s Cloud Browser (MSCB) solution, to protect up to 3.4 million users from cyber threats. This Performance Work Statement (PWS) outlines the need for a secure, FedRAMP+ Level 2 compliant, unclassified cloud environment that provides continuous internet browsing, threat isolation, and bandwidth freeing. The managed service will include program support, a tiered service desk, engineering, migration, training, and accreditation & authorization (A&A) support. Key capabilities include destination-based whitelisting/blacklisting, web content filtering, malware scanning, data loss prevention (DLP), and web isolation. The solution must integrate with existing DoW infrastructure, support mobile devices, and incorporate AI/ML for proactive threat detection. The contractor will be responsible for maintaining the system, providing comprehensive operational support, and ensuring compliance with all relevant security mandates.
Attachment 9 RFP Questions and Answers Template_Amend 0002.xlsx
Excel75 KBMar 12, 2026
AI Summary
This government file, RFP No. HC108426R0005, outlines a question-and-answer exchange regarding a federal Request for Proposal for a managed service provider for cloud-based internet isolation (CBII). The RFP specifies the need for a brand-name Menlo Security, Inc. (MSCB) solution, with a per-user, per-month pricing model to be invoiced monthly based on actual usage. Key discussions revolve around technical requirements, such as cybersecurity capabilities and integration with DISA ticketing systems (ITSM+), and administrative aspects including proposal due date extensions, font requirements (12-point Arial, Times New Roman, or Courier New), and page limits for various volumes. The government clarified that the file size limit for each document is 20MB and removed the requirement for a Fixed Price Payment Plan. It also confirmed that there are no small business subcontracting goals or a separate Small Business Participation Plan required for this solicitation. The evaluation method will remain Lowest Price Technically Acceptable (LPTA).
RFP SF30 HC108426R0005_Amend 0002.pdf
PDF228 KBMar 26, 2026
AI Summary
This RFP Amendment outlines updates to solicitation HC108426R0005 for government services. Key changes include modifications to Attachment 3 (CLIN Pricing Worksheet) and Attachment 9 (RFP Question and Answer Template) to amend responses to questions 51, 126, and 127. The CLIN description for CLIN x002 has been updated, and FAR Clause 52.217-7 (Option for Increased Quantity-Separately Priced Line Item) has been added. The Addendum to 52.212-1 and 52.212-2 Pricing Information has also been updated. Important dates such as the question due date (March 11, 2026, 3 PM CST) and proposal due date (March 23, 2026, 3 PM CST) remain unchanged. The amendment details requirements for proposal submission, including oral and written components, page limits, and electronic submission via email. Evaluation will be based on a Lowest Price Technically Acceptable (LPTA) process, with technical factors rated as Acceptable or Unacceptable. Specific subfactors cover Core Service Capability & Performance, Tier II Support, Cybersecurity, and Engineering and Mobility Support. Price proposals must include firm-fixed prices for base and option periods, surge pricing, and plug numbers for Other Direct Costs (ODCs).
Attachment 3 CLIN Pricing Worksheet_Amend 0002.xlsx
Excel34 KBMar 12, 2026
AI Summary
The Defense Information Systems Agency (DISA) Proposal Template outlines the requirements for submitting proposals for the Cloud Based Internet Isolation (CBII) Recompete, Solicitation Number 842571495. Offerors must complete the government-issued template, ensuring all proposed pricing is traceable, calculations are accurate, and links to corresponding sheets/cells are established. The template specifies a CLIN (Contract Line Item Number) structure including CBII Managed Service, CBII HEAT Shield Managed Service, Travel, and Surge, with contract types predominantly Firm-Fixed-Price (FFP) and Cost-Reimbursable (CR) for Travel and Surge. Pricing details are required for a Base Period, four Option Periods, and an optional 6-month extension for evaluation purposes. The total evaluated price across all periods, including the 5% surge, is $86,250.00. The document also provides specific instructions on prohibited
Attachment 9 RFP Questions and Answers Template_Amend 0001.xlsx
Excel72 KBMar 9, 2026
AI Summary
This document, RFP No. HC108426R0005, is a Question and Answer (Q&A) compilation for a federal government Request for Proposal (RFP) concerning the acquisition of brand-name Menlo Security, Inc. (MSCB) for a cloud-based internet isolation (CBII) solution. The Q&A addresses various aspects of the RFP, including cybersecurity requirements, invoicing procedures (per user per month based on actual usage), proposal due date extension requests, font requirements for different proposal volumes, and page limits for specific sections. Key clarifications include the acceptance of only brand-name Menlo Security, Inc. (MSCB), the requirement for fixed-price per user per month invoicing, and the rejection of proposals to change the basis of award from Lowest Price Technically Acceptable (LPTA) to Best Value. It also specifies that the Managed Service Provider (MSP) contractor does not need to be FedRAMP+ Level 2, as MSCB already has the appropriate accreditation. The document also clarifies details regarding small business subcontracting plans and the absence of a small business participation plan requirement.
Attachment 10 CUI_CBII JA_Redacted.pdf
PDF556 KBMar 9, 2026
AI Summary
The Defense Information Systems Agency (DISA) is seeking a Justification for Other Than Full and Open Competition (J&A) to procure Cloud Based Internet Isolation (CBII) services. This procurement is for proprietary, brand-name Menlo Security, Inc.'s Cloud Browser (MSCB) product, including license renewals, new licenses, and the HEAT Shield with AI/ML capabilities. The Department of War (DoW) currently uses MSCB, with 3.05 million users relying on it for secure access. Market research identified no other solutions meeting all requirements for interoperability, cybersecurity, and scalability for up to 3.4 million users. Transitioning to a different solution would disrupt DoW operations and pose a significant national security threat. While Menlo Security, Inc. cannot be a prime contractor due to lacking a Secret facility clearance, authorized resellers will be considered. The government plans to continue market research to enable future competition as other RBI technologies mature.
Attachment 3 CLIN Pricing Worksheet.xlsx
Excel41 KBMar 9, 2026
AI Summary
The Defense Information Systems Agency (DISA) proposal template provides guidance for offerors responding to RFPs/RFQs, particularly for the Cloud Based Internet Isolation (CBII) Recompete (Solicitation Number 842571495). Offerors must complete the government-issued template, ensuring all proposed pricing is traceable from detailed breakdowns to the CLIN Summary, with correct calculations and linked spreadsheets. The template requires detailed build-ups for each Contract Line Item Number (CLIN), including materials, licenses, and labor, with a clear basis for proposed prices (e.g., commercial price lists, prior prices) and references to supporting documentation. Offerors can add rows, columns, or tabs as needed. The document outlines a CLIN structure for the Base Period and four Option Periods, plus a 6-month extension for evaluation purposes, detailing fixed-price and cost-reimbursable components for services like CBII Managed Service and Travel, with an estimated total price including a 5% increase.
RFP SF 30 HC108426R0005_Amend 0003.pdf
PDF224 KBMar 26, 2026
AI Summary
This RFP Amendment (HC108426R0005-0003) updates solicitation documents, including the Performance Work Statement, CLIN Pricing Worksheet, and Q&A Template, with a proposal due date of March 23, 2026. Proposals require both written and oral components, with specific formatting and page limits. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) process, assessing technical factors (Core Service Capability, Tier II Support, Cybersecurity, and Engineering/Mobility) on an Acceptable/Unacceptable basis. Oral presentations are virtual via MS Teams, recorded by the Government, and limited to the lowest-priced offerors. Price proposals must be firm for 60 days, complete, and include exact plug numbers for ODCs and a 5% surge pricing for CLIN 9999. Offerors must also submit contract documentation, including an OCCI plan, authorized reseller letter for Menlo Security, Inc., and a DD Form 254.
Attachment 1 CBII PWS_Amend 0003.docx
Word156 KBMar 24, 2026
AI Summary
The Department of War (DoW) requires a Cloud-Based Internet Isolation (CBII) Managed Service, leveraging Menlo Security, Inc.'s Cloud Browser (MSCB) solution, to protect up to 3.4 million users from cyber threats. This Performance Work Statement outlines the need for continuous operation within a secure, FedRAMP+ Level 2 compliant cloud environment, enhancing existing capabilities with AI/ML-driven defenses. The scope includes program support, a tiered service desk, engineering, migration, training, and accreditation. Key requirements encompass robust cybersecurity, identity management, interoperability with DoW infrastructure, and comprehensive testing. The service must be globally accessible, scalable, and support various devices, ensuring secure and efficient internet browsing for DoW personnel.
Attachment 3 CLIN Pricing Worksheet_Amend 0003.xlsx
Excel38 KBMar 24, 2026
AI Summary
This document outlines the Defense Information Systems Agency's (DISA) Proposal Template for the Cloud Based Internet Isolation (CBII) Recompete (Solicitation Number 842571495). It provides instructions for Offerors to complete a government-issued template for pricing proposals, emphasizing compliance with federal regulations, traceability of costs, and accurate calculations. The template requires detailed pricing for various CLINs (Contract Line Item Numbers) across a base period and four option periods, including CBII Managed Service, CBII HEAT Shield Managed Service, and Travel. It also includes provisions for a 6-month extension for evaluation purposes and a Surge CLIN. The document specifies contract types, such as Firm-Fixed-Price (FFP) for managed services and Cost-Reimbursable for travel, and provides a summary of evaluated prices for each period.
Attachment 1 CBII PWS_Amend 0001.docx
Word159 KBMar 12, 2026
AI Summary
The Department of War (DoW) seeks a Cloud-Based Internet Isolation (CBII) Managed Service, leveraging Menlo Security, Inc.'s Cloud Browser (MSCB) solution, to protect up to 3.4 million users from cyber threats. This follow-on contract requires a secure, FedRAMP+ Level 2 compliant cloud environment with advanced features like AI/ML-driven threat detection, whitelisting/blacklisting, malware scanning, and data loss prevention. The managed service includes program support, a tiered service desk, engineering, migration assistance, training, and accreditation support. Key objectives are maintaining secure web access, mitigating cyber threats, and ensuring interoperability with DoW's existing IT infrastructure, including mobile devices and security tools.
Attachment 9 RFP Questions and Answers Template_Amend 0003.xlsx
Excel83 KBMar 24, 2026
AI Summary
RFP No. HC108426R0005 outlines a request for proposal for a managed service provider (MSP) to fulfill cybersecurity requirements using Menlo Security. The document includes a Q&A section where potential offerors raise questions regarding technical specifications, proposal submission guidelines, and contractual terms. Key inquiries address the acceptability of additional OEM integrations beyond Menlo Security, invoicing methods for enterprise environments, and the possibility of extending the proposal due date. Other questions cover formatting requirements for proposals, page limits, font types and sizes for various volumes, and the inclusion of cover letters and company profiles. Clarifications are sought on fixed-price payment plans, small business subcontracting goals, and the basis of award. The government's responses confirm that only brand-name Menlo Security is acceptable, invoicing will be monthly based on actual usage, and the proposal due date will not be extended. The document specifies font requirements (12-point Arial, Times New Roman, or Courier New) and confirms that cover pages and master tables of content do not count toward page limits. The government also states there are no small business subcontracting goals and reaffirms its Lowest Price Technically Acceptable (LPTA) basis for award.
RFP SF30 HC108426R0005_Amend 0005.pdf
PDF234 KBMar 26, 2026
AI Summary
This amendment (HC108426R0005) to a solicitation revises several attachments and clauses, establishing the proposal due date as March 30, 2026, at 12:00 PM CST. Key changes include updated Q&A and CLIN Pricing Worksheets, modified surge support pricing, and the addition of DFARS Clause 252.232-7007 (Limitation of Government's Obligation) and H6 (Option to Exercise Surge Support). It details proposal submission instructions, evaluation criteria based on a lowest price technically acceptable (LPTA) process, and requirements for technical/management, price, and contract documentation volumes. Offerors must provide oral technical proposals (36-slide limit) and adhere to specific administrative and formatting guidelines, including the mandatory use of plug numbers for Other Direct Costs (ODCs) and a 5% surge support cost. The document also specifies certifications, plans (OCCI, SCRM, subcontracting), and reseller authorization for Menlo Security, Inc., essential for proposal eligibility.
Attachment 9 RFP Questions and Answers Template_Amend 0005.xlsx
Excel88 KBMar 26, 2026
AI Summary
The document, RFP No.: HC108426R0005, outlines questions, comments, recommendations, and government responses regarding a Request for Proposal for a managed security service provider. Key issues addressed include the scope of cybersecurity requirements, invoicing methods, proposal due dates, formatting guidelines (page limits, font types, and sizes), file size limits for submissions, and small business subcontracting plans. The government clarified that only brand-name Menlo Security, Inc. (MSCB) is acceptable for the technical solution, and usage-based pricing has been removed in favor of a fixed-price monthly subscription for 3.2 million Department of Workforce (DoW) users. The evaluation method will remain Lowest Price Technically Acceptable (LPTA), and oral presentations will be scheduled only with the lowest-priced offeror or group of lower-priced offerors. The document also addresses technical requirements such as FedRAMP+ accreditation, DISA ticketing system integration, and the current ATO status for the CBII environment.
Attachment 3 CLIN Pricing Worksheet_Amend 0005.xlsx
Excel37 KBMar 26, 2026
AI Summary
The Defense Information Systems Agency (DISA) proposal template outlines requirements for the Cloud Based Internet Isolation (CBII) Recompete, Solicitation Number 842571495. Offerors must complete the government-issued template, ensuring compliance with federal regulations and providing traceable pricing details. Key instructions include linking all proposed pricing to the summary, ensuring correct calculations, and integrating costs from additional tabs. The template also specifies that proposals should not include pricing notes and allows for the addition of rows, columns, or tabs as needed. The CLIN structure summary details services like CBII Managed Service and CBII HEAT Shield Managed Service, along with travel and surge costs, across a base period and four option periods, including a 6-month extension for evaluation purposes. Travel CLINs are Cost-Reimbursable, while the managed services are Firm Fixed Price. The document provides a detailed breakdown of total evaluated pricing across all periods.
Attachment 1 CBII PWS_Amend 0004.docx
Word154 KBMar 26, 2026
AI Summary
The Department of War (DoW) requires a Cloud-Based Internet Isolation (CBII) Managed Service, leveraging Menlo Security, Inc.'s Cloud Browser (MSCB) solution, to protect 3.2 to 3.4 million users from cyber threats. This follow-on contract aims to maintain and enhance the existing system, which has been operational since 2020, by continuing to utilize Menlo Security's cloud environment and integrating AI/ML for proactive threat blocking. The service must operate within a FedRAMP+ Level 2 compliant unclassified Cloud Service Offering, support global 24/7 secure internet browsing, and be interoperable with the Department of Defense Information Network (DODIN) and DISA’s Joint Infrastructure (DJI) security stack. Key capabilities include whitelisting/blacklisting, web content filtering, malware scanning, data loss prevention, and web isolation within a secure container. The contract also mandates comprehensive program support, multi-tiered operational service support, accreditation & authorization, migration assistance, training, and extensive engineering support across various disciplines, ensuring robust cybersecurity and operational efficiency.
Attachment 9 RFP Questions and Answers Template_Amend 0004.xlsx
Excel83 KBMar 26, 2026
AI Summary
The document is an RFP Q&A for RFP No. HC108426R0005, outlining questions, comments, and recommendations from potential contractors regarding various aspects of the solicitation, along with the government's responses. Key areas addressed include technical requirements for cybersecurity (specifically regarding Menlo Security and OEM integrations), invoicing and payment structures (transitioning from usage-based to enterprise user license agreement subscription pricing for 3.2M users), proposal submission guidelines (font types, sizes, page/slide limits, and inclusion of cover letters/company profiles), and small business subcontracting and participation plan requirements (clarifying no specific goals or separate participation plan). The document also covers the basis of award (remaining Lowest Price Technically Acceptable), integration with DISA ticketing systems, contractor accreditation requirements (FedRAMP+ Level 2), and the brand-name specific nature of the acquisition (Menlo Security, Inc. (MSCB) only). The government extended the RFP due date by two weeks and clarified various proposal formatting and submission details, while also providing details on the current user count (3M+ total users, 1-1.5M peak concurrent) and the ATO status of the CBII environment (expires April 14, 2026).
RFP SF 30 HC108426R0005_Amend 0004.pdf
PDF234 KBMar 26, 2026
AI Summary
This amendment to solicitation HC108426R0005 outlines significant changes to the DISA/DITCO-SCOTT-PS84 RFP, primarily by removing usage-based pricing for CBII Managed Service and HEAT Shield Managed Service (CLINs x001, x002, 1001, 1002, 2001, 2002, 3001, 3002, 4001, 4002). The pricing quantity for these CLINs has increased from 1.00 to 12.00, and the unit of issue changed from 'Lot' to 'Months', now based on 3.2M DoW users. Key dates have been extended, with additional questions due by March 26, 2026, and proposals due by March 30, 2026. The amendment also details extensive proposal submission instructions, evaluation criteria (Lowest Price Technically Acceptable), and administrative requirements for technical and price proposals. It emphasizes the need for oral presentations (limited to 60 minutes) and specific documentation, including OCCI and SCRM plans, and proof of authorized reseller status for Menlo Security, Inc. The proposal must address four technical subfactors: Core Service Capability & Performance, Tier II Support, Cybersecurity, and Engineering & Mobility Support.
Attachment 3 CLIN Pricing Worksheet_Amend 0004.xlsx
Excel38 KBMar 26, 2026
AI Summary
The Defense Information Systems Agency (DISA) has released a Request for Proposal (RFP) for the Cloud Based Internet Isolation (CBII) Recompete, identified by Solicitation Number 842571495. This proposal template outlines the requirements for offerors to provide CBII Managed Services and CBII HEAT Shield Managed Services for 3.2 million users, along with provisions for travel and surge support. The contract structure includes a Base Period and four Option Periods, each with specific Contract Line Item Numbers (CLINs) for services, which are predominantly Firm-Fixed-Price (FFP), while travel is Cost-Reimbursable. Offerors are required to complete the government-issued template, ensuring all proposed pricing is traceable and calculations are accurate. The template also includes instructions for a 6-month extension for evaluation purposes and a Surge CLIN, emphasizing the need for detailed and auditable financial submissions.
RFP SF 30 HC108426R0005_Amend 0001.pdf
PDF237 KBMar 26, 2026
AI Summary
This document is an amendment to solicitation HC108426R0005, primarily extending the proposal due date to March 23, 2026, at 3 PM CST and the questions due date to March 11, 2026, at 3 PM CST. It includes updates to several attachments, such as the Performance Work Statement (PWS) and Quality Assurance Surveillance Plan (QASP), and introduces a new CLIN (Contract Line Item Number) 0002 for "CBII HEAT Shield Managed Service" with associated optional CLINs (1002, 2002, 3002, 4002). The amendment details specific requirements for proposal submission, including oral technical presentations via MS Teams, organizational conflict of interest (OCCI) plans, and supply chain risk management (SCRM) plans. It also outlines the evaluation criteria, emphasizing a lowest price technically acceptable (LPTA) approach, with technical subfactors rated as "Acceptable" or "Unacceptable." Additionally, it specifies plug numbers for Other Direct Costs (ODCs) and surge pricing. The amendment modifies delivery schedules and inspection/acceptance terms for the newly added CLINs.
Attachment 4 CDRLS_Exhibit A_Amend 0001.pdf
PDF89 KBMar 26, 2026
AI Summary
The provided document indicates that the proper contents could not be displayed, suggesting an issue with the user's PDF viewer. It advises upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux, with links provided for download and further assistance. The document also includes trademark information for Windows, Mac, and Linux. The main purpose of this file is to guide users encountering display problems with the document, rather than providing substantive government file content related to RFPs or grants.
Attachment 2 QASP_Amend 0001.docx
Word65 KBMar 26, 2026
AI Summary
The Quality Assurance Surveillance Plan (QASP) for the Cloud Based Internet Isolation (CBII) Service contract outlines a systematic method for evaluating contractor performance. Its purpose is to detail what will be monitored, how monitoring will occur, who will conduct it, and how results will be documented. Key roles include the Program/Project Manager, Contracting Officer (KO), and Contracting Officer's Representative (COR), with the COR being central to continuous technical oversight and performance assessment. The primary surveillance methods are Random Sampling for recurring tasks and Periodic Inspection for infrequent but predictable activities. Performance standards, acceptable quality levels (AQLs), and calculation methods are detailed in a Surveillance Matrix. The QASP also specifies procedures for documenting acceptable and unacceptable performance, including the use of Performance Assessment Reports (PARs) and Corrective Action Reports (CARs). Performance ratings align with CPARS standards (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory).
Attachment 10_CUI_CBII JA_Redacted.pdf
PDF556 KBMar 26, 2026
AI Summary
The Department of War (DoW) requires a proprietary Cloud Based Internet Isolation (CBII) Service using Menlo Security, Inc.'s Cloud Browser (MSCB) product. This procurement, justified due to lack of full and open competition under FAR 6.302-1(c), involves renewing existing licenses, procuring new ones, and integrating HEAT Shield AI/ML capabilities. The MSCB platform, already used by over 3 million DoW users, provides secure, isolated browsing, threat mitigation, network optimization, and supports IPv6 traffic. Market research from October 2024 to December 2025 indicated that no other solutions meet the critical requirements, interoperability, and scalability needs of the DoDIN, which currently relies on MSCB to protect 70 DoW organizations. Transitioning to a different solution would significantly disrupt operations and pose a national security threat. While Menlo Security, Inc. cannot be a prime contractor due to facility clearance requirements, authorized resellers will be considered. The government will continue market research for future competitive opportunities but currently, MSCB is the only solution that meets the DoW's cybersecurity and operational demands.
Attachment 8 Subcontracting Plan Review Checklist.docx
Word53 KBMar 26, 2026
AI Summary
The DISA Subcontracting Plan Checklist is a comprehensive document for offerors to outline their subcontracting commitments, particularly concerning small businesses. It requires contractors to detail their strategies for engaging various small business categories (SB, SDB, WOSB, HUBZone, VOSB, SDVOSB) across base and option periods, including dollar and percentage goals. The checklist mandates descriptions of subcontracted supplies/services, goal development methods, source identification, and handling of indirect costs. It also requires the identification of an individual to administer the subcontracting program and assurances of equitable opportunities for small businesses. Furthermore, the plan includes stipulations for reporting, record-keeping, good faith efforts in subcontracting, timely payments to small businesses, and non-prohibition of subcontractor communication with contracting officers. The document also outlines criteria for rating subcontracting plans as 'Acceptable' or 'Unacceptable,' emphasizing compliance with FAR clauses and a strong commitment to small business utilization. Review and approval processes involve the DISA Contracting Officer, DISA Office of Small Business Programs, and SBA (PCR).
Attachment 7 GFP Attachment.xlsx
Excel9566 KBMar 26, 2026
AI Summary
This document is a procurement solicitation related to custodial services, highlighting the requisitioned items including laptops with accessories. The primary contact for the solicitation is Angela K. Zang from the issuing office, and it includes various fields necessary for contract identification, though many fields remain blank. The intent of the document is to structure information required for the procurement process.
Attachment 6 Non-Disclosure Agreement.docx
Word38 KBMar 26, 2026
AI Summary
The Defense Information Systems Agency (DISA) Non-Disclosure Agreement (NDA) for Contractor Personnel outlines the strict obligations for individuals working under DISA/DITCO contracts regarding sensitive and proprietary information. Signatories agree not to disclose various categories of protected data, including planning/budgeting information, contractor bid/proposal details, information exempt from FOIA (such as trade secrets), personally-identifiable information, protected health information, and FOUO/Confidential data. The agreement mandates using such information solely for contract performance and prohibits its use for personal or third-party financial gain. Obligations remain in effect post-contract until public release is approved, and all sensitive data must be returned to the government. Violations can lead to administrative, civil, and criminal sanctions, including removal from the contract. The NDA acknowledges exceptions for disclosures to Congress, authorized officials, or as required by court order, aligning with existing whistleblower protections and relevant Executive Orders and statutory provisions.
Attachment 5 DD254.pdf
PDF70 KBMar 26, 2026
AI Summary
The document is not displaying its content and instead shows a message indicating that the PDF viewer may not be able to display the document type. It suggests upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux, and provides links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. This document is likely a placeholder or an error message within a government file, rather than containing substantive information relevant to RFPs, grants, or similar government solicitations. Its purpose is to guide the user in resolving a technical viewing issue.
RFP SF 1449 HC108426R0005.pdf
PDF458 KBMar 26, 2026
AI Summary
This government solicitation, HC108426R0005, outlines a Request for Proposal (RFP) for CBII Managed Service and associated travel, with an offer due date of March 16, 2026, at 12:00 PM. The contract includes a base period and multiple option periods for both services and travel, totaling five years. The solicitation is set aside for small businesses and involves a firm-fixed-price (FFP) for CBII Managed Service and cost-reimbursable for travel. Key requirements include compliance with Cybersecurity Maturity Model Certification (CMMC) Level 2, monthly invoicing in arrears based on actual usage for CBII services, and specific notification obligations for exceeding usage commitments. Travel expenses are subject to COR approval and will not be reimbursed for distances within 50 miles of the contractor's performance location. The document also details clauses for contract closeout, credit submission, organizational conflicts of interest, and the precedence of federal contract terms over vendor's standard commercial agreements. Government-furnished computers are to be used for official business only, with strict rules against misuse. Inspection and acceptance for services will be at the destination by the Government.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 6, 2026
amendedAmendment #1· Description UpdatedMar 9, 2026
amendedAmendment #2· Description UpdatedMar 12, 2026
amendedAmendment #3· Description UpdatedMar 24, 2026
amendedLatest Amendment· Description UpdatedMar 26, 2026
deadlineResponse DeadlineMar 30, 2026
expiryArchive DateApr 14, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE INFORMATION SYSTEMS AGENCY (DISA)
Office
IT CONTRACTING DIVISION - PL84

Point of Contact

Name
Angela Zang

Place of Performance

UNITED STATES

Official Sources